RFI: Joint C-sUAS Office (JCO) Low Collateral Interceptor Demonstration Event

Suspense: 22 January 2021 Description:  JCO Industry Day: The JCO is hosting a virtual Industry Day on Tuesday, 19 January 2021, from 1230 ET to 1430 ET. The event is open to CONUS vendors interested in this RFI.

Category: Opportunity

DoD Communities of Interest: Air Platforms

Subject: RFI: Joint C-sUAS Office (JCO) Low Collateral Interceptor Demonstration Event

Due Date: 22 January 2021 Whitepapers due

Government Organization: Army Rapid Capabilities and Critical Technologies Office (RCCTO)

Description

JCO Industry Day:

The JCO is hosting a virtual Industry Day on Tuesday, 19 January 2021, from 1230 ET to 1430 ET. The event is open to CONUS vendors interested in this RFI. The industry day contact link is:

https://teams.microsoft.com/l/meetup-join/19%3ameeting_NzEzZDJjYzEtYjBlZS00ZGZjLWE3MDUtZTg0YTVjNDE2MTJl%40thread.v2/0?context=%7b%22Tid%22%3a%2221acfbb3-32be-4715-9025-1e2f015cbbe9%22%2c%22Oid%22%3a%22ca271e5b-220f-4631-8c3c-eaa291c2c0a0%22%2c%22IsBroadcastMeeting%22%3atrue%7d

To ensure the most capable equipment is provided to the Operational Forces, JCO intends to invite industry, and others, to conduct demonstrations as part of informative events. The JCO intends to conduct a series of semi-annual JCO events, with the first demonstration event focused on Low Collateral Interceptors. Future opportunities to participate in demonstration events for other JCO focus areas will be posted separately.

The JCO is seeking whitepapers to identify sources with the ability to provide Low Collateral Interceptor capabilities for a hardware demonstration at Yuma Proving Ground (YPG) in April 2021. 

The Low Collateral Effects Interceptor demonstration event is intended to find solutions to defeat small UASs in an environment that requires minimal collateral damage to the surrounding environment or personnel. Specific, but not limited, uses would include defeating small UAS in urban environments, over sensitive sites, or situations where the rules of engagement would not allow kinetic effects.

This is a Request for Information (RFI) only. This request shall not be construed as a solicitation announcement, invitation for bids, request for proposals, request for quotes, or an indication that the government will contract for the items contained in this notice. Interested contractors are invited to provide responses to the RFI. Both large and small businesses, as well as academic institutions, are encouraged to respond. The information provided may be used by the Department of Defense (DoD) in developing its acquisition strategy, statement of work/performance work statements, and/or statement of objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The government will not reimburse respondents for any cost associated with the submission of the information being requested or reimburse expenses incurred to the interested parties for responses or demonstration at YPG. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.

In order to participate in the demonstration at YPG in April 2021, interested parties must submit a White Paper as detailed below (Phase 1). The Government will select up to ten solutions from the White Papers to give an oral presentation on the proposed solution (Phase 2). After oral presentations, up to five solutions will be invited to participate in the Low Collateral Interceptor Demonstration Event.

Additionally, a virtual “Industry Day” will be held to provide clarification and answer questions (see details below).

Content/Submission Requirements and Evaluation Criteria:

Phase 1 (Whitepapers): The whitepapers shall be limited to 5 one-sided pages. Submissions shall be capable of being printed on 8.5’ x 11’ paper with a one-inch margin (top, bottom, left, and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than a single space. Tables, drawings, and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2013 and PowerPoint 2013 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2013. If any of the material provided contains proprietary or classified information, please mark appropriately and identify disposition instructions (submitted data will not be returned). Responses should include, but are not limited to the following:

a.) Capabilities: An overview of your system’s capabilities and limitations in reference to your ability to defeat small UAS (Group 1/2 COTS UAS and RCMA) with Low Collateral Damage. Group 1/2 UAS have a gross weight less than 55lbs, less than 250kts airspeed and normal operating altitude less than 3500 feet AGL. Please address the effective range of the engagement capability, ease of integration, system supportability, potential to achieve autonomous operation, and expected outcome and purpose during the demonstration.

b.) Recommendations: Based on your system’s capabilities outlined in paragraph a.) above, and your company’s understanding of the operating environment, provide any additional recommended capability requirements and performance thresholds. Please highlight unique capabilities that make your product stand out. This information will help bound the art of the possible for the effort in the timeframe we have available.

c.) Test and Test Support: The appropriate information related to the test plan will be provided to the selected companies prior to the event. Discuss the manpower needed to operate and support/maintain systems during test. Include any Test support assistance needed for test and tracking/ queueing. Additionally, the government needs to understand the cost in purchasing the equipment used for this test.

d.) Production Capability: Provide a narrative on your company’s ability, including time required, to ramp up, produce, and deliver system quantities of 10, 50, 100 and 250 systems, along with anticipated unit prices for each of those quantities. The cost section of the whitepaper is ONLY a rough order of magnitude (ROM) for general awareness and for gauging the magnitude of the solution. It is not a request for a formal, nor detailed cost proposal.

e.) Ease of integration into a Government-owned Command and Control system, Forward Area Air Defense Command, Control (FAADC2) to include the ability to utilize, if needed, Government-selected sensors for detect and track: Please address the level of effort required to integrate your system to include required data, time and total cost of ownership. 

f.) Company History: List any relevant products utilized with other Government or commercial platforms, noting any specific DoD usage. 

g.) Company information to include:

Name, Mailing Address, and CAGE Code (if available)

Technical and Business Points of Contact to include: Telephone Numbers and Email Addresses

Indicate whether your company is a Large Business, Small Business, or Academic Institution

Indicate whether your company is a non-traditional defense contractor (*see definition below)

If your company's proposed approach has been proposed to or previously funded by any federal agency please identify each specific agency and all applicable contract/agreement numbers

*Non-traditional defense contractor is defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding this RFI, any contract or subcontract for the Department of Defense that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section.

Submissions must be submitted NLT 16:00EST on Friday, 22 January 2021 via email to Brandon Bradley at Brandon.d.bradley.civ@mail.mil. All submissions shall be clearly marked "White Papers for Low Collateral C-sUAS Interceptor". Only UNCLASSIFIED white papers will be accepted. There is no limit on the number of white papers that interested companies may submit in response to this announcement. The Government does not intend to publish any questions or comments received as a result of this announcement. Telephone inquiries regarding this RFI will not be accepted.

The evaluation process will be conducted using technical subject matter expert reviews. Each Whitepaper will be evaluated based on the merit, relevance, and cost as it relates to the evaluation factors stated herein rather than against other Whitepapers.

Whitepapers submitted in response to this RFI will be evaluated in order to determine the capabilities of greatest interest to the DoD using the criteria listed below:

Low collateral capabilities and cost effectiveness to deny defeat or destroy Group 1/ 2 UAS

Ease of install, test and portability

The overall scientific and/or technical merits of the capability

The Government may elect to use external market research in the evaluation of a company’s viability. The Government will endeavor to complete the 

Phase 1 whitepaper evaluations within 10 calendar days of the closing of the submittal period and provide notification to companies.

Upon evaluation of a whitepaper, the Government may invite a company into Phase 2 (Oral Presentation). In Phase 2, up to 10 companies will be invited to present and further discuss their proposed concept, technology and solution. During Phase 2, the Government may request and/or provide additional information to the Company.

Phase 2 (Oral Presentations): If selected for Phase 2, companies will then have an opportunity on 8-9 February 2021 to virtually present their project/idea to the JCO's subject matter expert panel consisting of representation across the JCO and Joint community of C-sUAS interests. Oral presentations will be limited to 25 minutes in length (firm).

Individual presentations will be evaluated against the evaluation criteria below and not against other presentations. The Government will aim to complete evaluation of presentations within 7 calendar days of the presentation. Upon completion of evaluations, the Government will notify companies if they have been selected to demonstrate their product; or if their proposed solution is not selected or eligible to be selected later.

Presentations will be evaluated on the following factors:

Technical Merit of solution adequately addresses government need and is feasible Evaluation of company viability and viability of business solution

Company’s approach is unique/novel, underutilized and/or innovative to government application

Demonstration:

Following the oral presentations (phase 2), up to five companies will be invited to provide a demonstration of their selected product focusing on Low Collateral Effects Interceptors. Range personnel will operate the target and test environment while companies will operate their own equipment. All selected companies will be responsible for all costs associated with bringing their system to YPG. The Government will also not be liable for any damages caused during the demonstrations, including but not limited to: death, bodily injury, and property damage. Selected companies are also responsible for submitting a DD Form 1494, Application for Equipment Frequency Allocation, by NLT 16 February 2021 in order to participate.

Non-Government Advisors:

Non-Government advisors may be used in the evaluation of whitepapers and Oral Presentations and will have signed non-disclosure agreements (NDAs) with the Government.

The Government understands that information provided in response to this RFI is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include:

a. 18 USC 1905 (Trade Secrets Act);

b. 18 USC 1831 et seq. (Economic Espionage Act);

c. 5 USC 552(b)(4) (Freedom of Information Act);

d. Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and

e. Any other statute, regulation, or requirement applicable to Government employees.

Disclaimer:

Participation in this Demonstration is not a prerequisite for participating in any future solicitations or procurements. Nothing in this Demonstration is a guarantee of future partnerships, contract commitment, or future workload. This announcement is not a contract, a request for proposal, or a promise to contract, or a commitment of any kind on the part of the Government.

The JCO reserves the right to select all, some, or none of the whitepapers or presentations in response to this RFI. The costs of preparing and submitting whitepapers are not considered an allowable direct charge to any contract or agreement. The Government will not assume liability for costs incurred by an attendee for marketing efforts; therefore, cost in response to this notice is not considered an allowable direct charge to the Government. The Government will also not be liable for any damages caused during the demonstrations, including but not limited to: death, bodily injury, and property damage. 

JCO Industry Day:

The JCO is hosting a virtual Industry Day on Tuesday, 19 January 2021, from 1230 ET to 1430 ET. The event is open to CONUS vendors interested in this RFI. The industry day contact link is:

https://teams.microsoft.com/l/meetup-join/19%3ameeting_NzEzZDJjYzEtYjBlZS00ZGZjLWE3MDUtZTg0YTVjNDE2MTJl%40thread.v2/0?context=%7b%22Tid%22%3a%2221acfbb3-32be-4715-9025-1e2f015cbbe9%22%2c%22Oid%22%3a%22ca271e5b-220f-4631-8c3c-eaa291c2c0a0%22%2c%22IsBroadcastMeeting%22%3atrue%7d

Questions related to Industry Day and this RFI can be submitted via email at: usarmy.C-sUAS.industry.open.house@mail.mil.

*Please monitor this SAM announcement and the RCCTO's website (https://rapidcapabilitiesoffice.army.mil) for additional updates*

Website: https://beta.sam.gov/opp/9e5262f59d9c4360bd96d06ac52128b9/view